Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
MODIFICATION

R -- COMMUNICATIONS AND CUSTOMER INTERFACE INITIATIVE

Notice Date
5/24/2005
 
Notice Type
Modification
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-05-CYD-0135
 
Response Due
6/7/2005
 
Archive Date
6/22/2005
 
Point of Contact
Paris Marshall, Contract Specialist (Contractor), Phone 202-219-1368, Fax 202-501-3836, - Regina Crews, Contracting Officer, Phone (202) 208-9990, Fax (202) 501-3836,
 
E-Mail Address
paris.marshall@gsa.gov, regina.crews@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisitions Regulation (FAR) Part 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 541614 with a small business size standard of $6 million. General Services Administration (GSA), Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), is requesting services to develop a strategy and write a client desk guide. The GSA Public Buildings Service Office of Organizational Resources is the Business Manager for PBS. In this capacity we provide a robust and diverse set of support services for our PBS Client Offices. This initiative's goal is to create a) communication materials for understanding our services and b) create a plan for transaction application(s) to access to our services, where applicable. The contractor shall provide the following services: Task 1: Develop a Strategy to interface with PBS Clients GSA seeks to develop a strategy to interface with our PBS Clients for such services to include Facility Services, Contracting Services, Market Offerings, Human Capital Management Services, Information Technology (Infrastructure and Systems Development) Services, Document Management Services, and Vendor Alliance Services. It is believed that these products will include at a minimum, printed material including a desk guide, web services portal, and also transaction applications to support initiation and tracking of Purchases/Contracts, facility requests and requests for computers. The contractor shall conduct interviews with divisions as needed to assist the development of this strategy. Task 2: Write a Desk Guide The contractor shall interview respective Office of Organizational Resource divisions, as necessary to complete this task. The contractor shall write a desk guide, incorporating graphics provided by the government. The contractor shall present a draft proposal with up two edit sessions (Additional edits shall be broken down separately as an option in the contractor’s proposal.). Deliverables: The contractor shall provide the following deliverables: - Draft Proposals - Final Desk Guide in Master editable file - Final Desk Guide in Digital Print-Ready - Final Desk Guide in Portable Document Format (PDF). Optional Work: The following services shall be provided as optional services: - Print and Assemble Guide: (3x5 duplex, Digital Offset, CMYK) (*Price breaks for 50, 100, 200, 400) - Develop a Website: The contractor shall develop a website for our clients to peruse and access our services (The web site will be delivered to GSA). - Additional Edits for the Desk Guide Submission of Proposals: The contractor shall submit their proposal on or before 12:00p, June 7, 2005. All questions are due on or before 12:00p, May 18, 2005 (questions will be answered after the due date.). The contractor shall submit one hard copy of the original proposal and an e-mail copy in three (3) volumes: Volume I: Price Proposal: The contractor shall submit a firm-fixed price for the above services. The price proposal shall include fixed prices for tasks 1 and 2 and a price breakdown of the optional services. Volume II: Technical Proposal: The contractor shall submit a technical proposal for the above requirement. The proposal shall demonstrate the contractor’s ability to perform services. The contractor shall submit 3 references with their proposal for related services. The contractor must submit the following information as Past Performance for similar services: - Project/Contract Title - Company/Agency Name of Reference - Point of Contact - Email Address - Award Amount - Award Date - Completion Date Volume III: Oral Presentations: The contractor will be required to submit oral presentations. A copy of the contractor's oral presentation slides must be submitted in their proposal. Oral Presentations will be scheduled to allow the contractor to present their management plan for this project. The management plan shall demonstrate the contractor's ability to interact with the customers with minimum disruption. The contractor shall present a detailed timeline and samples of work (no proprietary information please) during orals based on their past experience for similar services. Evaluation Criteria: The contractor will be evaluated on the following factors (listed in descending order of importance): - Experience: The contractor's related experience of the company and individuals proposed under the contract. - Technical Approach: The contractor’s ability to perform the services above. - Oral Presentation: The contractor's management approach as stated above. - Past Performance: The contractor's past performance will be evaluated using adjectival ratings. The subfactors are: - Quality of Services - Timeliness of Performance - Business Relations - Cost Control - Compliance with Subcontracting Plan Goals Proposals will be evaluated to determine the best value to the government. When combined, technical and price is more important than price. Offerors must submit their final proposals for evaluation. The place of performance is 1800 F Street, NW, 4th Floor, Washington, DC 20405. The period of performance will be 6 weeks from date of award. The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Offerors - Commercial Items; and 3) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://www.orca.bpn.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items; and 2) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; and 3) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (ALT I). The following General Services Administration Acquisition Manual (GSAM) clauses are hereby incorporated by reference: 1) The clause at 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (MAR 1998) is hereby incorporated by reference; clauses, 552.215-70, 552.228-70, 552.229-70, 552.232-70, apply to this solicitation and any resultant contract. This acquisition is set-aside for small business concerns. The government anticipates a Firm-fixed price contract. All offerors must be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via Internet at www.ccr.gov or by calling 1-888-227-2423. Offerors must submit their proposal to Ms. Paris N. Marshall by email at paris.marshall@gsa.gov (No fax copies accepted.). For more information, please email Ms. Paris N. Marshall (No telephone calls please). -------------------------------------------- AMENDMENT NO. 1 QUESTIONS AND ANSWERS (Q & A) Date: May 24, 2005 1. Has GSA set a budget for this effort? YES. 2. Is QuarkXPress or PageMaker acceptable for the master editable file of the final desk guide? YES. 3. Is 3x5 the final trim size of the desk guide? The final trim size is approximately 4½ x 5. 4. Does GSA have an idea of the approximate number of pages the guide will be, so potential contractors can get bids from digital printers? The page count is unknown at this time. Offerors may propose on 30 pages. 5. Approximately how many links will the web site have? There will be approximately 5 links. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/PHA/GS-00P-05-CYD-0135/listing.html)
 
Place of Performance
Address: 1800 F Street, NW, Washington, DC
Zip Code: 20405-002
Country: US
 
Record
SN00814995-F 20050526/050524213716 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.